SOURCES SOUGHT
J -- J - Dininig Facility Maintenance
- Notice Date
- 8/29/2014
- Notice Type
- Sources Sought
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- MICC Center - Fort Bragg, Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets, Fort Bragg, NC 28310-5000
- ZIP Code
- 28310-5000
- Solicitation Number
- W91247-14-R-0037
- Response Due
- 9/5/2014
- Archive Date
- 10/28/2014
- Point of Contact
- David Williams, 9103963058
- E-Mail Address
-
MICC Center - Fort Bragg
(david.a.williams17.mil@mail.mil)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- THIS IS A SMALL BUSUINESS SOURCES SOUGHT ANNOUNCEMENT ONLY. The purpose of this Sources Sought Notice and Request for Capability Statement is to identify the availability and capability of all businesses capable and interested in performing the services required below. This acquisition fall under Classification Code J - Maintenance, Repair, and Rebuilding of Equipment and North American Industry Classification System (NAICS) code 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance. The 900th Contingency Contracting Battalion (CCBn) is seeking source information and capability statements to fulfill a requirement for Dining Facility Kitchen Repair and Maintenance Services for the Logistics Readiness Center (LRC) with a potential competitive 100% set-aside for Small Business (SB), HUBZone, Service Disabled Veteran Owned (SDVOSB), and Economically Disadvantaged Women Owned Small Business (EDWOSB) concerns. IF ADEQUARE REPSONSES ARE NOT RECEIVED BY THE AFOREMENTIONED ENTITIES, THE ACQUISITON MAY BE SOLICITED ON AN UNRESTRICTED BASIS. The small business size standard is $7.5M. The Government requires vendors to provide DFAC Kitchen Equipment repair and maintenance services at Fort Bragg, Camp MacKall, and Pope Army Air Field DFACs. (See Map for locations and Building numbers and PWS for complete details). Please see attached DRAFT PWS for complete description of this requirement. We are requesting all interested parties to review the attached DRAFT PWS and respond with the following information in order it is written below: 1. Firm's information (name of representative, address, phone number, e-mail address, DUNS number, and CAGE code); 2. Interest in nature of participation (subcontractor, teaming partner, prime contractor); 3. Provide a complete listing of all relevant and recent past performance, inclusive of the contract number and the duration of the period of performance actually performed that demonstrates direct experience with performing DFAC Kitchen Repairs and Maintenance; 4. Statement identifying the firms bonding capacity; 5. A list of similar contracts your firm currently holds or has completed within the last five (5) years. The list of relevant contracts should only include the location, contract number, brief description/title of requirement, estimated yearly value and performance period; 6. Provide a brief capability statement that demonstrates your company's ability to meet or exceed individual qualification standards, as detailed in DRAFT PWS; 7. Responses should be no more than four (3) pages in length. The Government reserves the right to set this acquisition aside for Small-Business, HUBZone, Service Disabled Veteran Owned small business, and Economically Disadvantaged Women Owned Small Business (EDWOSB) concerns based on the responses it receives. This Sources Sought is NOT a solicitation. Rather, this Sources Sought Notice is being conducted as a Market Research method effort to determine all interested and potentially capable sources prior to formalizing our Acquisition approach. Respondents are advised that the Government will not pay for any information or administrative costs incurred in response to this Sources Sought Notice. Responses to this Sources Sought Notice will not be returned. Proprietary information and trade secrets, if any, must be clearly marked. All information received that is marked Proprietary will be handled accordingly. Responses shall be sent electronically to Contract Specialist, SSG David A. Williams, at david.a.williams17.mil@mail.mil no later than 1500 EST on 5SEP14. Information must be sufficient enough to allow for a thorough Government review of firm's interest and capabilities. [End of Document]
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/0314b93ef02ca92792295a9ecabd0704)
- Place of Performance
- Address: MICC Center - Fort Bragg Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets Fort Bragg NC
- Zip Code: 28310-5000
- Zip Code: 28310-5000
- Record
- SN03489260-W 20140831/140829235421-0314b93ef02ca92792295a9ecabd0704 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |